Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
SOLICITATION NOTICE

Z -- Dworshak National Fish Hatchery, Fish Health Lab Roof Replacement

Notice Date
8/6/2012
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-12-B-0023
 
Response Due
9/21/2012
 
Archive Date
11/20/2012
 
Point of Contact
Phyllis Buerstatte, 509-527-7211
 
E-Mail Address
USACE District, Walla Walla
(Phyllis.L.Buerstatte@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Construction Project: This project includes complete removal and replacement of the existing roof system installed on the original portion of the Fish Health Laboratory located at Dworshak National Fish Hatchery in Orofino, Idaho. Demolition work consists of removing the old 5-ply built-up roofing (BUR) system, all lightweight concrete substrate used to create slope under the existing roofing membrane system, and existing rigid roof insulation down to the existing corrugated steel roof decking. An existing roof-mounted guardrail system used around existing rooftop HVAC units will also require complete demolition. Felts and mastics used on the old roof contain measurable amounts of asbestos fibers. The new roof system will start with flat-stock polyiso insulation attached to the existing steel roof deck with screws and metal plate washers followed by glue-installation of faced polyisocyanurate (polyiso) insulation in flat and tapered profiles. The tapered polyiso insulation will be topped by an adhered layer gypsum roof sheathing. The new waterproofing for the roof assembly will consist of a fully-adhered 60 mil unreinforced EPDM single-ply roofing membrane. The tapered polyiso roof insulation will be used to create a -inch per foot slope to new continuous sheet metal gutters located on two sides of the roof. The total area of reroofing at the Lab Building is approximately 2,844 square feet. There are currently four HVAC units located on the existing roof which will require temporary removal in order to facilitate demolishing the old roof and installing the new one. Electrical power is fed to the existing HVAC units via wire in electrical conduit mounted directly on the existing surface of the roof. This contract requires replacement and relocation of the old wiring and conduit in order to facilitate installation of the new roof system, bringing the old wiring and conduit up to current NEC standards, and ensuring that conduit is located where it will not present a tripping hazard to maintenance personnel. Mechanical and electrical work are optional line items, depending upon availability of funds for that portion of the work. The period of performance is expected to be 120 calendar days after the date the Contractor receives notice to proceed with construction. The construction magnitude is estimated to be between $100,000 and $250,000. Performance and payment bonds in the amount of 100% of the contract price are required. A bid bond is required in the amount of 20% of the total bid price. The North American Industry Classification System (NAICS) code for this work is 238160, Roofing Contractors. This project is 100% set-aside for competition among small business concerns. The small business size standard for NAICS code 238160 is no more than $14,000,000 in average annual receipts over the firm's last three fiscal years. Invitation for Bids No. W912EF-12-B-0023 will be posted to the FBO website on or about 22 August 2012. Bids will be due no sooner than 30 calendar days after the solicitation is issued. Anticipated bid opening date is 21 September 2012. Important Note: The FBO Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It may have no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that are issued. A site visit will be offered approximately 2 weeks after the solicitation is made available to bidders. See solicitation for details about the site visit. When issued, the solicitation documents for this project will be available at FedBizOpps.gov https://www.fbo.gov NO CDs OR HARD COPIES WILL BE AVAILABLE. Bidders are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on FedBizOpps.gov. Phyllis.L.Buerstatte@usace.army.mil USACE District, Walla Walla
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-B-0023/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02827794-W 20120808/120806234842-7134616619492661d2c8f4d7eea3022d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.